352 Special Warfare Training Squadron (SWTS) - Base Camp Upgrade

SOL #: FA445226R0007Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4452 763 ESS
SCOTT AFB, IL, 62225-5020, United States

Place of Performance

Fort Bragg, NC

NAICS

All Other Specialty Trade Contractors (238990)

PSC

Repair Or Alteration Of Miscellaneous Buildings (Z2JZ)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)

Timeline

1
Posted
Mar 4, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 18, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force is soliciting a sole source 8(a) construction effort for Unami, LLC to perform a Base Camp Upgrade for the 352 Special Warfare Training Squadron (SWTS) at Fort Bragg, NC. This project involves designing and constructing modifications to Building T-2770 to expand sleep, storage, operational, medical, and cooking facilities. Proposals are due March 25, 2026, at 12:00 PM Central Time.

Scope of Work

This project, identified under Product Service Code Z2JZ (Repair Or Alteration Of Miscellaneous Buildings), requires the design and construction of modifications to Building T-2770 at Base Camp, Fort Bragg, NC. The objective is to accommodate increased requirements for sleep, storage, operational, medical, and cooking space, meeting "temporary facility" design specifications.

Key tasks include:

  • Design (CLIN 0001): Architectural and Engineering design, including submittals, specifications, project data, and permitting applications for disturbed areas less than 1 acre.
  • Construction (CLIN 0002):
    • Demolition: Removal of existing exterior siding, roofing, window elements, and select interior coverings. Storage of reusable items like roof hatch and wood trusses.
    • New Construction: Installation of engineered wood I-joists for a second-floor addition, framing new exterior walls, new roof sheathing, and a new widow's walk platform. Includes new aluminum fascia, gutters, and downspouts.
    • Interior Build-out: Creation of approximately 25 male and 5 female single-occupancy bedspaces, a separate female area, a ready room for 40 staff with cubbies and charging stations, a medical area for 2 patients, an operations center, and an appliance room.
    • Exterior & Utilities: Enclosure of covered decks, installation of new electrical circuits, a 20K diesel generator with noise abatement and spill containment, reinforced roof for antennas, conduit for cables, a DRASH unit interface, access ramps, blackout curtains, covered vehicle parking, and fence line expansion.
    • Covered Shelter: Repair of damaged fascia, replacement of gable sheathing, painting, and rebuilding of an instructor podium.
    • Electrical: Power supply via generator, with electrical and structural accommodations for a ductless heat pump system.

Contract Details & Requirements

  • Contract Type: Combined Synopsis/Solicitation (RFP) for a sole source 8(a) construction effort.
  • Set-Aside: 8(a) Sole Source (FAR 19.8) for Unami, LLC.
  • Place of Performance: Building T-2770, Base Camp, Fort Bragg, NC.
  • Wage Determination: Compliance with Davis-Bacon Act GDN NC20260122, effective January 2, 2026, for building construction in Cumberland and Hoke Counties, NC.
  • Bonds: Performance and Payment Bonds required for proposals exceeding $35,000. Alternative Payment Protections for proposals between $35,000 and $150,000.
  • Working Hours: Monday-Friday, 7:00 AM to 4:30 PM EST, excluding Federal holidays. Coordination with the facility manager (Mr. Dan Kaster) is required to minimize disruption to student training.
  • Personnel: All workers must be legal U.S. Citizens with installation clearance.

Submission & Evaluation

  • Proposal Due Date: March 25, 2026, at 12:00 PM Central Time.
  • Offer Acceptance Period: Offers must be valid until May 30, 2026.
  • Submission Method: Via email to the Contracting Officer and Contract Specialist.
  • Evaluation Criteria: Proposals will be evaluated on Factor 1 – Technical (methodology, approach, schedule, risk mitigation) and Factor 2 – Price (completeness, continuity, traceability, reasonableness). Award will be made to the responsible offeror whose proposal is technically acceptable.
  • Pricing: Bidders must use Attachment 3 (Price Proposal) to submit their total price for CLIN 0001, rounded to the nearest dollar.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
352 Special Warfare Training Squadron (SWTS) - Base Camp Upgrade | GovScope